Housekeeping Tenders
Department Of Education Region Iv a calabarzon Tender
Others
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The R4a Calabarzon Language Enhancementand Pedagogy (leap) Training For Newly Hired Asatidz On July 1-4, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Eighty Thousand Pesos (php 680,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than April 7, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Food And Accommodation (within Metro Manila Area) July 1-4, 2025 Php2,000.00/pax/day 85 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): I. Type Of Activity/ies: Training/conference/workshop Ii. Number Of Days: 4 Full Days Iii. Type Of Accommodation For Secretariat/facilitators And Guests: Twin Or Triple Sharing/standard Sharing Room Accommodation To Observe Health Protocols For Participants. No Bed Sharing. No Bed Mattress On The Floor. • 24-hours Hot And Cold Shower, Clean Beddings, Rooms And Restroom Check-in Time: 8:00 Am (room) Check-out Time: 12:00 Nn Function Room: Frequently Sanitized Grand/spacious Hall That Can Accommodate (85 Pax – Day 1 To Day 4) In One Seating; Function Hall Is Ready For Registration At 6:00 Am; Well- Lighted And Well Ventilated; Availability Of Audio-visual Equipment With Stand-by Assisstant: • At Least 2 Lcd And Wide Screens And Printer Extension Cords, Complete Set And Quality Sound System, Microphones & Microphone Stands, Whiteboard With Marker/s And Erasers; • Podium/lectern, Etc.; Strong Internet Connection With A Minimum Of 150 Mbps; A Quiet Room Near To The Cr To Serve As Prayer Room Of The Muslim Participants; Free Tarpaulin At Least 2 Pcs- Outside And Main Hall Hanging – With Deped Logo And Details Of The Training No Pillars In The Middle Of The Function Room. Provision Of Tables For The Secretariat (registration Area); Meals • First Meal: Breakfast On Day 1 – July 1, 2025 • Last Meal: Pm Snacks On Day 4 – July 4, 2025 Meals - Day 1 - Day 2 - Day 3 - Day 4 Breakfast - 85 - 85 - 85 - 85 Am Snacks - 85 - 85 - 85 - 85 Lunch - 85 - 85 - 85 - 85 Pm Snacks - 85 - 85 - 85 - 85 Dinner - 85 - 85 - 85 • Any Type Of Buffet With Stand-by Waiters (breakfast, Lunch And Dinner) • All Halal (food) Meals For Breakfast: Am And Pm Snacks, Lunch And Dinner For 80 Muslim Participants; • For Lunch And Dinner: 2 Main Dishes (fish/chicken/pork/beef), And Vegetables (subject To Menu Selection), Soup, Rice, Dessert: Fruit Or Sweets And Drinks (purely Vegetarian Or Halal Food May Be Required During The Event Proper); • Am And Pm Snacks With Drinks; No Soft Drinks. • Free Flowing Coffee (brewed), Tea, Purified Drinking Water, Hot And Cold At Mess Hall And Dining Area • Candies; And Stand-by Waiters Another Requirement/s: • Maintaining Of Cleanliness - Function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/tea Area, And Dining Area. • Provision Of Medical Personnel, 70% Solution Alcohol, And Non-contact Thermometer • With Appropriate And Sufficient Parking Area For Vips And Other Guests • With 24-hour Security, Front-desk, And Housekeeping Services.
Closing Date7 Apr 2025
Tender AmountPHP 680 K (USD 11.9 K)
Department Of Education Region Iv a calabarzon Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Request For Quotation The Department Of Education Region Iv-a (calabarzon) Through Its Bids And Awards Committee, Intends To Procure “food And Accommodation For The Conduct Of The Orientation On The Supplemental Ad Expanded Guidelines Of Deped Order No. 40, S. 2012 Cum Implementation Of Safe Spaces Act In Basic Education On May 14- 16, 2025” In Accordance With Alternative Method Of Procurement Under Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Approved Budget For The Contract (abc) Is Six Hundred Twelve Thousand Pesos(php 612,000.00). The Project Shall Be Awarded As One Project Having Several Items That Shall Be Awarded As One Contract. Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided At The Bottom/last Page Of This Request For Quotation (rfq). Submit Your Proposal/quotation Duly Signed By Your Authorized Representative Not Later Than April 28, 2025 At 9:00 A.m. At The Bac Secretariat, Deped Region Iv-a Calabarzon, Gate 2 Karangalan Village, Cainta, Rizal. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. A Copy Of Your 2025 Business/mayor’s Permit, Philgeps Registration Number And Latest Income/business Tax Return Are Required To Be Submitted Along With Your Signed Quotation/proposal. A Valid Certificate Of Philgeps Registration (platinum Membership) May Be Submitted In Lieu Of The Business/mayor’s Permit. Moreover, A Notarized Omnibus Sworn Statement (gppb-prescribed Forms) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact Us At Telephone No. (02) 8682-2114 Or By Email At Bac.calabarzon@deped.gov.ph. (sgd) Loida N. Nidea Bac Chairperson Food And Accommodation (within Lucena City) May 14-16, 2025 Php2,000.00/pax/day 102 Pax Specifications From End-user Bidder’s Statement Of Compliance (“comply” Or “not Comply”) Specification (from End-user): I. Type Of Activity/ies: Training/workshop Ii. Number Of Days: 3 Days Iii. Desired Venue And/or Function: __________________ Iv. Type Of Accommodation For Secretariat/facilitators And Guests: At Least ___6 ____ Single/double Sharing Rooms At Least ___32 ____ Triple Sharing Rooms For Participants. No Bed Mattress On The Floor. • 24-hours Hot And Cold Shower, Clean Beddings, Rooms And Restroom Check-in Time: 7:00 Am Check-out Time: 1:00 Pm Function Room: Can Accommodate At Least 102 Pax In A Training-workshop Set-up; Well-lighted And Well-ventilated; Availability Of Audio-visual Equipment With Stand-by Assistant: • At Least 2 Lcd Projectors And Wide Screens, • At Least 4 Whiteboard With Marker/s And Erasers, • Complete Set Sound System, At Least 4 Extension Cords For Laptops, • 4 Microphones (4 Wireless Microphones) 2 Microphone Stands; And • Podium/lectern, Etc. Unlimited Access To Internet / Wi-fi In All Areas Of Venue; At Least 4 Tables For Secretariat (registration Area); No Pillars In The Middle Of The Function Room. Meals First Meal: Breakfast Last Meal: Pm Snacks Meals - Day 1 (may 14, 2025) - Day 2 (may 15, 2025) - Day 3 (may 16, 2025) Breakfast - 102 - 102 - 102 Am Snacks - 102 - 102 - 102 Lunch - 102 - 102 - 102 Pm Snacks - 102 - 102 - 102 Dinner - 102 - 102 Any Type Of Buffet With Stand-by Waiters (breakfast, Lunch And Dinner); For Breakfast: E.g.___main Dishes, Rice, Bread, Choice Of Hot Tea/chocolate Or Coffee; For Lunch And Dinner: E.g.___ Main Dishes (fish, Choice Of Meat: Chicken/pork/beef, And Vegetables Subject To Menu Selection), Soup, Rice, Dessert: Fruit Or Salad And Drinks. (purely Vegetarian Or Halal Food May Be Required During The Event Proper); Am And Pm Snacks With Drinks; Free Flowing Coffee, And/or Tea; Candies; And Standby-by Waiters. Another Requirement/s: Maintaining Cleanliness-function Hall, Restrooms, Sleeping Quarters, Hallway, Coffee/tea Area, And Dining Area; Provision For Backdrop For The Activity; And Tarpaulin Display At Project Site, Not To Exceed 3” By 4”; Optional For Projects Not Exceeding 5 Days (coa Cric. 2013-004); With Appropriate And Sufficient Parking Area For Vips And Other Guests; With 24-hour Security, Front-desk And Housekeeping Services.
Closing Date28 Apr 2025
Tender AmountPHP 612 K (USD 10.8 K)
Provincial Government Of Aklan Tender
Textile, Apparel and Footwear
Philippines
Details: Description • Dr. Rafael S. Tumbokon Memorial Hospital (drstmh) 1. 100 Bots. - Colorsafe Liquid Bleach 900ml. (violet Color) 2. 100 Gal. - Liquid Bleach, Floral Scent (3.785l) 3. 750 Pcs. - Bath Soap, Anti Bacterial, 85 Grams 4. 500 Rolls - Toilet Paper 2 Ply, Individually Pack 5. 3,125 Sachet - Dishwashing Liquid, Anti Bacterial, 50ml 6. 100 Pads - Dishwashing Sponge W/ Stripping Pad, Heavy Duty 7. 500 Bars - Detergent Bar Soap, Antibac, 4's, 380 Grams 8. 6,250 Packs - Detergent Powder, Twinpack, 70 Grams 9. 1,250 Sachet - Fabric Conditioner, Antibac, 38ml. 10. 250 Pcs. - Toilet Deodorizer, Lemon, 100 Grams 11. 100 Pcs. - Softbroom, Thick, Heavy Duty 12. 25 Pcs. - Stick Broom, Thick, Heavy Duty 13. 250 Pcs. - Mop Head Cloth (strip Cloth) 14. 100 Pcs. - Door Mat Cloth, Heavy Duty 15. 100 Pads - Stripping Pad 1" Thick, Heavy Duty, Branded 16. 225 Packs - Garbage Bag Black Xxl (18.5x18.5x40) 100's 17. 200 Packs - Garbage Bag Yellow Xxl (18.5x18.5x40) 100's 18. 200 Packs - Garbage Bag Green Xxl (18.5x18.5x40) 100's 19. 200 Packs - Garbage Bag Black M (11x11x24) 100's 20. 200 Packs - Garbage Bag Yellow M (11x11x24) 100's 21. 200 Packs - Garbage Bag Green M (11x11x24) 100's 22. 2 Tub. - Chlorine For Laundry 40kg/tub. • Eedd – Commercial Center Operations (cco) 1. 18 Bots - Alcohol, 70 %, Ethyl, 500ml 2. 15 Bots - Fabric Conditioner, 800ml 3. 25 Bots - Bathroom Deodorizer (refill 100g), 12's 4. 6 Bots - Dishwashing Liquid Antibac, 250ml 5. 5 Bots - Air Freshener 250ml 6. 3 Pcs - Doormat (non-slip Indoor Outdoor Any Color) 7. 12 Packs - Powder Detergent, 800grams 8. 6 Packs - Tissue Paper, Double Ply 10's 9. 3 Rolls - Garbage Bag, Small 100's 10. 30 Pcs - 18 Watts Led Light 11. 30 Pcs - 10 Watts Led Light 12. 30 Pcs - 8 Watts Led Light 13. 5 Pcs - Softbroom (walis Tambo) 14. 15 Bots - Muriatic Acid, 1000ml 15. 15 Bots - Bleach, 1000ml 16. 6 Bots - Multi-insect Killer, 500ml 17. 12 Pcs - Sponge Foam • Eedd – Port Operations 1. 60 Bottles - Air Freshener Spray 320 Ml 2. 60 Cans - Air Freshener In Can 70 Grams 3. 8000 Pcs - Bathroom Tissue Paper 2 Ply 4. 40 Pcs - Bathroom/toilet Deodorizer 5. 50 Pcs - Broom Sticks 6. 150 Bots - Chlorine Disinfection 1000 Ml 7. 15 Pcs - Dishwashing Paste 350 Grams 8. 100 Dozens - Fabric Conditioner 25 Ml 12's 9. 250 Bundles - Garbage Bag Black (xxl) 18.5x18.5x40" 100 Pcs/bundle 10. 200 Bundles - Garbage Bag Transparent (xxl) 18.5x18.5x40" 100 Pcs/bundle 11. 30 Bots - Glass Cleaner 500 Ml 12. 200 Packs - Housekeeping Hand Gloves 1 Pair Large 13. 400 Bots - Liquid Hand Soap 750 Ml 14. 20 Pcs - Liquid Sosa 1000 Ml 15. 50 Pcs - Mop Head 400 Grams 16. 200 Bots - Multi Purpose Cleaner 1000 Ml 17. 50 Bots - Muriatic Acid 1000 Ml 18. 200 Packs - Plesando Bag (xl) 100 Pcs 19. 250 Pcs - Powder Soap 800 Grams 20. 30 Pcs - Soft Broom 21. 200 Pcs - Hand Towel Tissue Premium, Paper (virgin Pulp), 195mm X 180 M 1 Ply X-x-x Note: Please Indicate The Brand Name In Technical Specifications
Closing Date19 May 2025
Tender AmountPHP 1.7 Million (USD 31.2 K)
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Housekeeping Services
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com March 18, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#200-25-02-002(d) Contract Name: Procurement Of Janitorial Supplies Location/purpose: For Use Of The Provincial General Services Office (pgso) Housekeeping Supplies For Cy 2025. Approved Budget For The Contract (abc): P125,000.00 (inclusive Of All Applicable Taxes) Source Of Funds General Fund Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 25% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. Bidding Is Restricted To Filipino Citizens/ Sole Proprietorships, Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting March 19 - 25, 2025 Availability And Issuance Of Bidding Documents March 19 – 27, 2025 @ 08:30am Deadline For The Submission Of Bids March 27, 2025 @ 08:30 Am Bid Opening And Evaluation March 27, 2025 @ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Hundred Pesos Only (php500.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Government Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of Janitorial Supplies Pr#200-25-02-002(d) Abc: P125,000.00 1. 1 Piece Weighing Scale 10kg 2. 200 Bottle Alcohol Rubbing, 70% Isopropyl, 500ml. 3. 10 Piece Brush Scrub, Big 4. 50 Piece Dishwashing Paste 400grams 5. 50 Piece Dishwashing Sponge-dual Purpose 6. 10 Piece Dust Pan 7. 29 Bottle Fabric Conditioner Anti Bac 8. 50 Pack Garbage Bag Xl, (10 Rolls) 9. 40 Pack Garbage Bag Large 10. 40 Pack Garbage Bag 11 X 11 X 24, 100’s 11. 4 Piece Paint Brush 4” 12. 15 Gallon Soap Dishwasher Liquid, 4liters 13. 100 Sachet Soap Powder 70 Grms 14. 100 Piece Soap, Germicidal 90grams 15. 10 Unit Storage Box With Wheels 120 Ltrs. 16. 200 Roll Tissue Paper 3 Ply X 200 Pulls (600 Sheets) 17. 15 Bottle Toilet Bowl Cleaner 500 Ml 18. 30 Piece Toilet Deodorizer 50 Grams 19. 10 Piece Trash Can Big With Cover 20. 20 Piece Trash Can Small With Cover ***nothing Follows***
Closing Date27 Mar 2025
Tender AmountPHP 125 K (USD 2.1 K)
Department Of Human Settlement And Urban Development Quezo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description The Minimum Technical Specifications For The Following Lots Are As Follows: Qty. Unit Item, Description, & Minimum Specifications 1 Lot “supply Of Labor, Materials, And Technical Supervision For The Renovation Of Elupdb Urban Lab” I. Purpose The Department Of Human Settlements And Urban Development (dhsud), Through The Environmental Land Use And Urban Planning And Development Bureau (elupdb), Plans To Establish An Urban Laboratory That Will Facilitate The Exchange Of Ideas And Technologies Intended For The Formulation And Implementation Of Land Use And Urban Development Plans And Policies. Such A Facility Serves As An Avenue For Ideas, Where Planning Workshops Can Catalyze The Translation Of Theoretical Knowledge Into Practical Solutions Meant To Address Urban Issues And Challenges. This Project Intends To Renovate The Existing Vacant Room Of Elupdb Into An Urban Laboratory That Will Serve As A Venue For The Bureau In Conducting Technical Assistance, Workshop/writeshop Sessions, Mentoring Activities, Consultations, Galleries, Forums, And Such, For Its Clientele. This Will Also Serve As A Space To Develop Ideas And Innovations In Addressing Challenges Related To Land Use And Urban Development. Ii. Scope Of Works The Following Scope Of Works Shall Be Delivered By The Contractor Within One (1) Month Project Duration, In Accordance With The Design And Specifications From The Architect: 1. General Requirements: A. Mobilization/demobilization B. Installation Of Protective Sheet At Adjacent Room/office C. Submission Of Sample Materials For Approval Prior To Installation D. Construction Work Plan E. Housekeeping At Work Area At The End Of Every Workday F. Disposal Of Debris 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 3. Wall: A. Wall Preparation B. Procurement And Application Of Primer C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) E. Installation Of Wall-mounted Television F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h) 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) B. Procurement And Installation Of Double Downlight C. Procurement And Installation Of Recessed Downlight D. Rechanneling Of Fire Suppression System E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System F. Procurement And Installation Of Cove Lighting G. Procurement And Installation Of Wi-fi Router H. Procurement And Installation Of Ceiling Speakers 5. Power And Lighting: A. Procurement And Installation Of Light Switches B. Procurement And Installation Of Dimmer Light Switches C. Procurement And Assembly Of Extension Power Cable 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) B. Procurement And Installation Of Laminate Finish (verify Finish) 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) Iii. Bill Of Quantities Project: Urban Laboratory Location: 7th Floor Dhsud Building, Kalayaan Ave., Cor., Mayaman St., Diliman, Quezon City Abc: Php 980,000.00 Scope Of Works Qty Unit Unit Price Total 1. General Requirements: A. Mobilization/demobilization 1 Lot B. Installation Of Protective Sheet At Adjacent Room/office 1 Lot C. Submission Of Sample Materials For Approval Prior To Installation 1 Lot D. Housekeeping At Work Area At The End Of Every Workday 1 Lot E. Disposal Of Debris 1 Lot 2. Floor: A. Procurement And Installation Of 600 X 600 Mm Carpet Tiles (verify Finish). 58.31 Sq. M. 3. Wall: A. Wall Preparation 91.98 Sq. M. B. Procurement And Application Of Primer 91.98 Sq. M. C. Procurement And Application Of Semi-gloss Acoustic Paint Finish (verify Finish) 91.98 Sq. M. D. Procurement And Installation Of Overhead Wall Cabinet With 2 Doors, White/sinarp Brown (800 Mm (w) X 386 Mm (d) X 400 Mm (h)) 6 Pc. E. Installation Of Wall-mounted Television 1 Pc. F. Installation Of Wall-mounted Whiteboard (3 M (w) X 1.5 Mm (h)) 1 Pc. 4. Ceiling: A. Procurement And Installation Of Painted Suspended Acoustic Cove Ceiling System (verify Details And Finish) 58.31 Sq. M. B. Procurement And Installation Of Double Downlight 16 Pc. C. Procurement And Installation Of Recessed Downlight 8 Pc. D. Rechanneling Of Fire Suppression System 1 Lot E. Replacement Of Existing Fire Sprinkler Into Downright Sprinkler System 1 Lot F. Procurement And Installation Of Cove Lighting 12.5 Meter G. Procurement And Installation Of Wi-fi Router (verify Model And Roughing Ins) 1 Lot H. Procurement And Installation Of Ceiling Speakers 10 Pc. 5. Power And Lighting: A. Procurement And Installation Of Light Switches 2 Pc. B. Procurement And Installation Of Dimmer Light Switches 1 Pc. C. Procurement And Assembly Of Extension Power Cable 1 Lot 6. Furniture: A. Procurement And Installation Of Swing Cabinet Door With Fluted Panels And Hardware (verify Finish) 6 Lot B. Procurement And Installation Of Laminate Finish (verify Finish) 6 Lot 7. Door: A. Procurement And Installation Of Acoustic Swing Glass Door With Hardware And Frosted Sticker (verify Finish) 1 Lot Bid Price: (in Figures, Php) In Words: Name: Legal Capacity: Signature: Duly Authorize To Sign The Bid For And Behalf Of: Date Notes And Instructions: 1. The Bill Of Quantities Must Be Properly Filled Up By The Bidders. 2. Bidders Are Not Allowed To Modify Items/descriptions, Quantity, And Unit Of The Bill Of Quantities. Any Modification In The Bill Of Quantities Will Be In The Form Of Bid Bulletin, Which Will Be Issued Only By The Dhsud Bids And Awards Committee. 3. The Figures Provided In The Quantity Column Of The Bill Of Quantities Represent The Minimum Requirements For The Project. Bids Not Addressing The Minimum Requirements (quantities) Are Considered Non-responsive Pursuant To Section 32.2.1 Of The Irr Of Ra 9184. (please See Attached Annex “a” For The Document File) Iv. Detailed Floor Plan (please See Attached Annex “b” For The Sample Floor Plan And Layout) Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Philippine Contractors Accreditation Board License Pursuant To Presidential Decree No. 4566, As Amended. D. Latest Income Tax Return (itr) For The Preceding Tax Year Or For New Establishments, The Most Recent Quarter’s Itr Or Business Tax Return; E. Signed Omnibus Sworn Statement (oss) (annex “c”); Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. F. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable Prior To Final Settlement: G. Latest Bir Tax Clearance Note: Failure Of The Supplier/contractor To Secure And Present The Prescribed Bir Tax Clearance Shall Suspend The Final Settlement For The Delivered Goods Or Services, Including Infrastructure Projects. (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division
Closing Date10 Feb 2025
Tender AmountPHP 980 K (USD 16.8 K)
DEPT OF THE ARMY USA Tender
Others
United States
Details: Statement Of Work (sow)
lodging-in-kind With Meals
377th Military Police Company
1600 E Seymour Ave, Cincinnati, Oh
general: This Is A Non-inherently Governmental/non-personal Services Contract To Provide Lodging-in-kind With Meals.
the Contractor Shall Provide All Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Accomplish The Tasks Outlined In This Statement Of Work (sow).
objective/scope: Lodging-in-kind And Meals Are Required To Support Military Service Members Of The 377th Military Police Company Attending Home Station Active Duty For Mobilization As Listed In #4 (place Of Performance) For The Date Of
29 March – 01 April 2025.
period Of Performance: (see Specified Support Tables)
29 March – 01 April 2025 For The 377th Military Police Company
place Of Performance:
lodging
the Lodging Facility Shall Be Within A 30-mile Radius Of The Unit Home Station The Distance Shall Be Calculated By Utilizing Google Maps.
377th Military Police Company- 1600 E Seymour Ave, Cincinnati, Oh 45237
soldiers Who Receive Lodging Will Check In On The Respective Dates Of 29 March 2025. The Soldiers Will Remain To Their Assigned Room. Soldiers Will Not Incur Additional Expenses. If The Solider Does, They Will Be Responsible For The Additional Cost Not Covered By The Contract. All Service Members Will Check Out Of The Respective Hotels By 01 April 2025
meals
meals Shall Be Furnished/supplied At The Chosen Restaurant Or Hotel If Applicable 30-mile Radius Of Locations Listed In #4 (place Of Performance) The Distance Shall Be Calculated By Utilizing Google Maps.
requiring Activity Point Of Contact (poc): The Following Poc Shall Be Utilized For The Performance Of The Requirement. They Shall Not Be Contacted Through The Procurement Process.
name: Danny A. Alcantara
title/rank: Ssg, Logistical Mobilization
email: Danny.a.alcantara.mil@army.mil
phone Number:718.427.5884
dodaac: W90ewt
required Support See Enclosure 01:
a. Lodging: Rooms Shall House Two Military Service Members Per Room Except Those Military Service Members Holding Commander, First Sergeant, E-9, Cw3 Or O-4 And Above Ranking Positions, Which Shall Be Authorized Single Rooms.
rooms Shall Be Provided At Or Below The Prevailing Per-diem Rates In Accordance With The Per-diem Threshold Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates
each Room Shall Contain At A Minimum; Television With Cable Access, Internet Access, Iron And Iron Board, And Alarm Clock. Double Occupancy Rooms Shall Have Two Standalone Beds (roll-away Beds, Pullout Sofas, Cots, Etc. Do Not Constitute A Bed And Cannot Be Considered A Double Occupancy Room).
personal Expenses In Guest Rooms, Such As Ordering Movies, Telephone Fees, Laundry, And Room Service, Etc. Shall Be Paid By The Guest.
the Government Cannot Exceed The Per Diem Rates For Lodging In Accordance With The Joint Travel Regulation.
the Requiring Activity May Conduct A Site Visit Prior To Award Of The Contract To Ensure That The Facility Meets The Criteria Stated Within This
sow.
a Rooming Roster Shall Be Provided To The Contractor No Later Than 7 Calendar Days Before Checking In. The Roster May Include Each Military Service Member’s Name, Rank, Gender, Check-in Date, And Total Number Of Days Authorized.
b. Meals: Military Service Members Shall Have Access To Three Meals Per Day, Breakfast, Lunch And Dinner In Accordance With Army Regulation 30-22.
the Contractor Shall Provide Meals Detailed On Enclosure 01 Throughout The Period Of Performance And At The Locations Listed Above. Special Dietary Restrictions Will Be Identified And Accommodated For On An As Needed Basis. Vegetarian Options Shall Be Available. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. Self-service Beverage Stations Are Preferred For Each Meal. Local Government Per Diem Meal Rate For Food Shall Apply. Per-diem Thresholds Can Be Found At: Https://www.gsa.gov/travel/plan-book/per-diem-rates/per-diem-rates
breakfast: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
lunch: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22. Box Lunch- Grab And Go Style Is Preferred.
dinner: Provider Shall Furnish A Healthy Balanced Meal In Accordance With Army Regulation 30-22.
the Dining Area Shall Have A Room Capacity That Can Accommodate The Number Of Military Service Members Being Provided Meals At Each Respective Location.
special Dietary Restrictions Will Be Identified And Accommodated On An As Needed Basis. Food And Beverage Charges Are Based Upon A Total Of Servings Per Meal. All Utensils, Plates, Napkins, Etc. Shall Also Be Provided By The Contractor.
the Government Cannot Exceed The Per Diem Rates For Breakfast, Lunch And Dinner In Accordance With The Joint Travel Regulation.
health, Safety And Security:
A. Lodging:
all Rooms Shall Be In The Same Facility, Under The Same Roof.
access To Individual Rooms Shall Have Interior Access. All Entrance Doors To Rooms Shall Have Interior Security Locks, Either Deadbolt Or Double Locking Locks. Each Room Occupant Shall Be Provided With A Room Key.
the Lodging Facility Shall Have Accessible Parking Area And The Location Shall Be In A Low Crime Area, With Security Cameras Or A Security Guard On Property For After Hour Protection At The Facility. The Government May Utilize Information Obtained, To Include, But Not Limited To, Local, State Or Federal Law Enforcement Reports And/or Https://www.areavibes.com To Assess Crime Within The Area Of The Facility.
daily Custodial Services Shall Include, But Not Limited To; Room Cleaning, Bed Making, Linen Change (as Required), Quantities Of Soap, Bath Towels, Hand Towels, Sanitized Drinking Glasses, Facial Tissues, And A Cloth Bathmat.
bathrooms Shall Be In A Sanitary Condition. Bathrooms Shall Contain A Shower And/or Tub Combination With A Wash Basin, A Properly Functioning Toilet, And A Mirror. Additionally, Bathrooms Shall Have Adequate Lighting And Grounded Electrical Outlets For Use Of Electrical Razors, Hair Dryers Etc. The Shower Or Shower/tub Combination Shall Have Shower Doors Or Curtains.
all Rooms Shall Be Non-smoking And Free Of Bed Bugs, Lice, Rodents, Mold Or Anything That Will Make The Living Conditions Unsafe And/or Unhealthy.
rooms Shall Be Cooled By Refrigerated Air Conditioning, And Adequately Heated With Individual Temperature Controls In Each Room.
the Lodging Facility Shall Have Efficient Procedures And Operating Instructions For The Effective Handling And Return Of Lost-and-found Items To Their Rightful Owners. Any/all Found Items Shall Be Stored In A Secure Area. The Housekeeping Staff Shall Maintain A Log Annotating All Found Property By Building, Room, Date Found, By Whom, And Disposition Of The Property. This Log Shall Be Transferred To The Front Desk When Housekeeping Is Not Available. Attempts Shall Be Made To Contact Departed Guests As Soon As Possible Regarding Their Forgotten Belongings.
the Lodging Facility Shall Comply With All Applicable Fire And Safety Codes And Regulations. Electrical Outlets Shall Be Available And In Good Working Condition. The Lodging Facility Presented To The Government Shall Be Federal Emergency Management Agency Approved.
the Lodging Facility Shall Have At Least An American Automobile Association (aaa) Three Diamond Rating Or Equivalent.
b. Meals:
the Contractor Shall Be Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation.
the Contractor Shall Follow All Local, State And Federal Health And Safety Guidelines For Food Preparation And Transportation.
electronic Invoicing: The Government Will Only Pay For Actual Rooms Occupied, Unless The Advance Notification Period Below Is Not Provided By The Government. If The Advance Notification Period Is Not Provided, The Prime Contractor May Invoice For All Rooms Indicated For That Date In The Sow. The Wide Area Workflow System In The Method To Electronically Process Vendor Payment Request And Receiving Reports, As Authorized By Defense Federal Acquisition Regulation 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports.
advance Notification Period: The Government Reserves The Right To Cancel
any Or All Portions Of A Reservation 48 Hours Prior To The Start Date. The Cancellation Notice Shall Be Issued By The Contracting Officer. The Contractor Shall Waive Any Charges Against The Government Due To The Cancellation And Release It From All Obligations Under The Contract Resulting From Mission Changes.
roles And Responsibilities:
contractor: A Supplier, Vendor Or Third Party Awarded A Contract To Provide Specific Supplies Or Service To The Government. The Term Used In This Contract Refers To The Prime Contractor.
contracting Officer: The Contracting Officer Is The Only Official With The Expressed Authority To Obligate The Government Or Make Changes To The Contract/agreement. Under No Circumstances Shall Changes To The
contract/agreement, Be Made Without The Written Consent Of The Contracting
Officer.
lodging Facility: A Hotel, Motel Or Other Establishment In Which Are Used On A Transient Basis, And Includes Customary Amenities And Facilities Operated As Part Of, Or Associated With, The Lodging Facility. May Also Be Known As The Subcontractor To The Prime Contractor.
meal Provider: A Supplier Or Vendor Responsible For All Aspects Of Food Preparation For Each Meal Delivered, Including But Not Limited To Acquisition, Menu/food Preparation, And Transportation. May Also Be Known As The Subcontractor To The Prime Contractor.
requiring Activity (poc): This Individual Has Authority To Provide
technical Direction To The Contractor As Long As That Direction Is Within The Scope Of The Contract, Does Not Constitute A Change, And Has No Funding Implications. This Individual Does Not Have Authority To Change The Terms And Conditions Of The Contract.
subcontractor: One That Enters Into A Contract With A Prime Contractor. The Government Does Not Have Privity Of Contract With The Subcontractor; Therefore, The Government Will Communicate With The Prime Contractor Who In Turn Communicates With The Subcontractor.
11. References:
joint Travel Regulation, Https://www.defensetravel.dod.mil/docs/perdiem/jtr.pdf
army Food Program, Army Regulation 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_fi
nal.pdf
army Food Program, Pamphlet 30-22, Https://armypubs.army.mil/epubs/dr_pubs/dr_a/pdf/web/arn7458_r30_22_final.pdf
Closing Date3 Mar 2025
Tender AmountRefer Documents
Las Pi as General Hospital And Satellite Trauma Center Tender
Solid Waste Management
Philippines
Details: Description Terms Of Reference For The Collection, Transport And Disposal Of Biodegradable With General Waste Objective To Provide For All Necessary Labor, Hauling Vehicle, Crew, Equipment, Tools, Chemicals, Supplies And Materials, Sanitary Landfill And Permits Needed For An Efficient Garbage Collection And Disposal Service. Approved Budget For The Contract The Term Of This Contract Shall Be Effective Starting January 01, 2025 Until December 31, 2025, With A Total Approved Budget For The Contract (abc) Amounting To One Million Five Hundred Thousand Pesos (p1,500,000.00) Which Corresponds To 150,000 Kilograms Of Waste. Project Scope The Contractor Shall Provide Collection, Hauling And Disposal Services To Cover All Administrative Waste Materials And Debris Deposited In Designated Areas Within The Lpgh&stc Premises At Least Two (2) Times Per Week. The Contractor Shall Clean The Garbage Disposal Area After Collection Of Waste. Specification Of Services To Be Procured The Contractor Shall Furnish All Materials, Supplies, Chemicals, Equipment (including Hauling Vehicle) And Tools Necessary To Properly Perform The Task Specified In The Contract. Manpower Requirement The Contractor Shall, At All Times, Provide Supervisory And Working Personnel According To The Collection Schedule. A Driver With A Minimum Of Two (2) Crew Members / Laborers For Every Vehicle Shall Be Deployed. Standards The Hauling Vehicle Shall Comply With The Garbage Collection Truck Standards Or Other Requirements That May Be Set By The Metro Manila Development Authority And / Or Concerned Local Government Unit. Other Information 1. The Contractor Shall Be Under Obligation To Adhere To The Following Requirements, While Carrying Out His Functions And Responsibilities During The Implementation Of This Contract: 1.1 Collection And Disposal. The Contractor Shall Collect All Wastes From Designated Areas Of Lpgh&stc. Collection Shall Be Done At Least Two (2) Times Per Week. The Contractor Shall Provide For A Suitable Dumping Site Outside Of The Lpgh&stc Premises. 1.2 Vehicle Requirements One (1) Truck With A Capacity Of At Least 10 Cubic Meters. There Must Also Be A Back-up Truck Available In Case The Other Truck Is Temporarily Out Of Commission. 1.3 Damaged Facilities. The Contractor Shall Be Held Responsible And Liable For Damage To Lpgh&stc Facilities And Utilities During The Performance Of The Contracted Services. The Lpgh&stc Shall Be Compensated Based On The Cost Of Repair Or, If Not Possible, Replacement, As May Be Determined By The Lpgh&stc. 2. The Contractor Shall Secure And Pay All The Necessary Fees, Permits, Tipping Fee And Other Fees, And/or Licenses Incidental To Or Connected With The Disposal Of The Garbage From The Lpgh&stc To The Designated Disposal Facility. The Contractor Shall Be Responsible For Securing The Permit To Dump And Ensuring That The Same Has Validity And/or Approval To Cover The Duration Of The Contract. 3. The Contractor Undertakes That Hauling, Transportation And Proper Disposal Of The Lpgh&stc’s Waste Shall Be In Accordance With The Requirements And Regulations Of The City Environment And Natural Resources Office (cenro), Sanitation Code Of The Philippines, And Ecological Solid Waste Management Act Of 2000 As Well As All Pertinent Local Ordinances And Other Relevant Law, Rules And Regulations On Waste Disposal. 4. The Contractor Must Have Updated Official Receipt (or) Of The Truck And Certificate Of Registration (cr). 5. The Contractor Must Have Authorized Driver With Updated Driver’s License To Drive The Designated Truck To Be Used In The Collection, Transportation And Disposal. 6. The Contractor’s Authorized Driver Must Have Latest Drug Test. 7. Subcontracting For The Hauling, Transport, And Disposal Of The General Wastes Is Not Allowed. 8. The Contractor Shall Issue General Waste Manifest Form For Every Collection That Shall Be Witnessed And Signed By Both Party Representatives. During The Collection, Housekeeping Personnel Will Witness The Total Kgs. Of Waste Thru Signing The Manifest. The Weight Of The Drum Will Be Deducted To The Total Of Kgs. Of The Waste. 9. The Contractor Shall Provide Empty Drums/bins With Lid For Collected Waste That Are Ready For Transport. 10. Any Violation By The Contractor Of The Terms Of Reference Shall Be Sufficient Ground For Termination Of The Contract. The Lpgh&stc Shall Have The Option To Terminate The Contract Anytime During Its Effective Term Should Lpgh&stc Not Be Satisfied With The Contractor’s Services. Schedule Of Collection And Hauling Garbage Collection And Hauling Shall Be Conducted Two (2) Times Per Week To Be Determined By Lpgh&stc. Loading Of Garbage Into The Truck Shall Be Made In The Presence Of And With The Consent / Knowledge Of The Lpgh&stc Authorized Representative And Who Shall Certify For Each Hauling Undertaken And Compliance With. The Lpgh&stc Shall Have The Option To Amend The Schedule Of The Waste Materials Collection And Disposal. If For Any Reason The Contractor Would Be Unable To Haul The Waste Material / Garbage On Any Of The Agreed Scheduled Day Of Collection, The Waste Material/garbage Shall Be Collected Immediately And An Additional Day Shall Be Added To The Monthly Schedule. Terms Of Payment 1. Payment Shall Be Based On The Actual Weight Of The Collected Garbage. 2. The Monthly Billing Statement Shall Be Submitted To The Lpgh&stc Within The First Week Of The Month Following The Billing Month, With All Complete Supporting Documents Attached. 3. Lpgh&stc Shall Pay The Contractor A Service Fee Of Php 15.00 Per Kilogram. 4. All Payment Shall Be Subject To The Applicable Taxes, And Existing Accounting And Auditing Rules And Regulations Applicable To Lpgh&stc.
Closing Date19 Feb 2025
Tender AmountPHP 1.5 Million (USD 25.9 K)
COUNCIL FOR THE WELFARE OF CHILDREN, DSWD Tender
Others
Philippines
Details: Description Request For Quotation Sir/madam: Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non - Compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. If You Are The Exclusive Manufacturer, Distributor Or Agent In The Philippines For The Goods Listed In Annex A Please Attach In Your Quotation A Duly Notarized Certification To This Effect. Please Accomplish And Submit This Form Together With Annex A; Philgeps Certificate / Registration Number; Valid 2025 Mayor's Permit Or Business Permit; And Latest Copy Of Annual Income/business Tax Return Duly Received By Bir Or Its Authorized Representative To Council For The Welfare Of Children C/o Bac Secretariat At #10 Apo St., Santa Mesa Heights, Quezon City 1114 Metro Manila Or Email It To Bac@cwc.gov.ph Cc: Cwcbac@gmail.com On Or Before 07 April 2025, 10:00 A.m. Very Truly Yours, (original Signed) Jovertlee C. Pudan, Enp Bac Chairperson Terms And Conditions: 1. Award Shall Be Made On Per: Item/lot Basis X Total Quoted Price. 2. Quotation Validity Shall Not Be Less Than Thirty (30) Days. 3. Good/s Shall Be Delivered Within Please See Annex A 4. Place Of Delivery: Please See Annex A 5. Terms Of Payment: Within 15-30 Days Upon Final Inspection And Acceptance. 6. Liquidated Damages/penalty: (1/10) Of One Percent For Everyday Of Delay Shall Be Imposed. 7. Indicate Brand, Model And Country Of Origin. 8. In Case Of Discrepancy Between Unit Cost And Total Cost, Unit Cost Shall Prevail. 9. Disclosure Of Relations: Please See Annex A 10. Warranty: Please See Annex A ======= 1 1 Lot Procurement Of Board And Lodging For The Conduct Of Performance Measurement Framework (pmf) Finalization Workshop And Toolkit Writeshop On 28-30 April 2025 In Tagaytay City, Cavite Calabarzon Region Location: Tagaytay City, Cavite, Calabarzon Region Date: 28 - 30 April 2025 No. Of Pax: 15 Pax No. Of Days: 2 Days Check-in: Day 1 - 28 April 2025, 2:00 Pm Check-out: Day 3 - 30 April 2025, 12:00 Pm Workshop Supplies: "one Medicine Bag Containing Basic Medicine (e.g., Analgesics/antepyretic, Diphenoxylate/ Atropine, Mefenamic Acid, Antacid, Antihistamine, Salbutamol/albuterol Nebules, Antibiotic Ointment, Pramoxine/ Calamine Lotion, Hydrogen Peroxide, Povidone-iodine, Band Aids And Gauze, Medical Adhesive Tape Etc) Abc: Php2,250.00" Specifications: Room Accommodation: Airconditioned Twin Sharing And Separate Single Beds And Good Ventilation (windows And/or Exhaust) Type Of Food Serving For Live-in Pax: Managed Buffet With Buffet Serving For 15 Pax At Most "day 1: Lunch, Pm Snack, & Dinner For 15 Pax Day 2: Full Board For 15 Pax; Day 3: Breakfast & Am Snack For 15 Pax" Schedule Of Serving: "breakfast: 6:00am - 8:00am Am Snack: 9:30am Lunch: 12:00n - 1:30pm Pm Snack: 3:30pm Dinner: 6:00pm - 8:00pm" Other Specifications: 1. Must Have Halal And Vegan Food Options, And Menu List Shall Be Provided To And Approved By The End-user Atleast (5) Days Before Arrival. 2. Bidder Shall Be Amenable To An Ocular Visit (room Accomodation And Conference Room), If Ocular Is Yet Conducted By Cwc For Previous Postings In Fy 2025 3. Bidder Shall Ensure Availability Of Room Accomodation For 15 Pax (atleast 8 Rooms) Other Inclusions: 1. Free Use Of Conference Room Or Venue Until 9:00 Pm 2. Provision Of: 2.1. Podium 2.2. Whiteboard With Markers And Erasers 2.3. Sound System With Wireless Microphones And Extension Cords 2.4. At Least One (1) Digital Lens Projector Or Smart/ Android Tv With Hdmi Or Vga Cables, Lcd Screen 2.5. Pens And Notepads 3. Free And Secure Internet Access In The Conference Room Or Venue And Room Accommodation With At Least 30mbps 4. Arranged Secretariat's Table Inside The Conference Room "5. Classroom-type Arrangement Of Tables And Chairs With A Maximum Of 3 Pax Per Table" "6. Complementary Provision Of Coffee Or Tea, Water, And Candies During Workshop Hours" 7. Allowed Early Check-in, Subject To Room Availability "8. Daily Housekeeping Services And Amenities (bath Soap, Tissue, Dental Kits Etc.)" 9. Hotel Management To Present Safety And Hotel Rules 10. Parking Space For At Least (3) Service/office Vehicles *************nothing Follows************* Philgeps Certificate / Registration Number Valid 2025 Mayor's Permit Or Business Permit Copy Of Latest Annual Income/business Tax Return Duly Received By Bir Or Its Authorized Representative Approved Budget Ceiling: ₱110,250.00 Charged To: Med Regular Funds Contact Details: "cwc Bac Secretariat: Bac@cwc.gov.ph Cwc Med: Med@cwc.gov.ph"
Closing Date7 Apr 2025
Tender AmountPHP 110.2 K (USD 1.9 K)
Philippine National Oil Company - PNOC Tender
Civil And Construction...+3Others, Electrical Generators And Transformers, Electrical and Electronics
Philippines
Details: Description Scope Of Work The Contractor Shall Provide The Necessary Labor, Tools, Materials, Testing Instruments, And Equipment, As Well As Supervision And Technical Expertise, To Execute And Complete The Supply, Installation, Testing, And Commissioning Of Pole-mounted Transformers At The Specified Location. The Contractor Shall Undertake The Following Tasks: A. Mobilization 1. Mobilization Activities: A. Hauling Of Personnel, Materials, Tools, And Equipment To The Project Site. B. Transporting Of Boom Trucks, Cranes, Or Equivalent Equipment For The Installation And Dismounting Of Transformers. C. Preparing All Necessary Documents, Permits, And Licenses Prior To The Start Of The Activity. 2. Construction Safety And Health Program: A. Develop And Implement A Comprehensive Safety And Health Program In Compliance With Ra 11058, Dole Do 198-18, And Other Applicable Regulations. 3. Conduct Safety Orientations For All Personnel Before The Start Of Work. A. Provide Personal Protective Equipment (ppe) For All Workers. B. Install Safety Signage And Barriers At The Work Site. C. Assign A Dedicated Safety Officer To Monitor Compliance With Safety Protocols. 4. Conduct Kickoff Meeting: A. Attend A Scheduled Kickoff Meeting With The Client’s Representatives To Discuss Project Details, Timelines, And Safety Requirements. B. Present The Construction Methodology, Work Schedule, And Safety Program For Approval. B. Dismounting And Transfer Of Existing Transformers 1. Dismounting: A. Safely Dismount The Existing Transformers From Their Current Locations. B. Conduct An Inspection Of The Dismounted Transformers To Assess Their Condition. 2. Transfer To Warehouse: A. Transport The Dismounted Transformers To The Designated Warehouse Or Storage Facility. B. Ensure Proper Handling And Securing Of The Transformers During Transit To Prevent Damage. C. Supply Of Pole-mounted Transformers The Contractor Shall Supply The Following Brand-new, Pole-mounted Transformers With The Specifications Outlined Below: 1. First Assembly: A. Quantity: 3 Units B. Type: Single Phase C. Capacity: 50 Kva D. Primary Voltage: 13.8kv/13.2kv E. Secondary Voltage: 460 V F. Frequency: 60 Hz G. Configuration: Same With The Existing Configuration H. Cooling: Oil-immersed, Self-cooled I. Winding Material: Copper J. Insulating Fluid: Mineral Oil (pcb-free) K. Temperature Rise: 65°c L. Copper Wires: Primary Hot Wires, High Voltage Bushing Connection, Low Voltage Bushing Connections M. Accessories: Complete With Surge Arrester, Fuse Cutout, Bracket, Supports, And Other Necessary Accessories. 2. Second Assembly: A. Quantity: 3 Units B. Type: Single Phase C. Capacity: 25 Kva D. Primary Voltage: 13.8kv/13.2kv E. Secondary Voltage: 460 V F. Frequency: 60 Hz G. Configuration: Same With The Existing Configuration Cooling: Oil-immersed, Self-cooled H. Winding Material: Copper I. Insulating Fluid: Mineral Oil (pcb-free) J. Temperature Rise: 65°c K. Copper Wires: Primary Hot Wires, High Voltage Bushing Connection, Low Voltage Bushing Connections L. Accessories: Complete With Surge Arrester, Fuse Cutout, Bracket, Supports, And Other Necessary Accessories. 3. Third Assembly: A. Quantity: 3 Units B. Type: Single Phase C. Capacity: 25 Kva D. Primary Voltage: 13.8kv/13.2kv E. Secondary Voltage: 460 V F. Frequency: 60 Hz G. Configuration: Same With The Existing Configuration H. Cooling: Oil-immersed, Self-cooled I. Winding Material: Copper J. Insulating Fluid: Mineral Oil (pcb-free) K. Temperature Rise: 65°c L. Copper Wires: Primary Hot Wires, High Voltage Bushing Connection, Low Voltage Bushing Connections M. Accessories: Complete With Surge Arrester, Fuse Cutout, Bracket, Supports, And Other Necessary Accessories. 4. Fourth Assembly: A. Quantity: 3 Units B. Type: Single Phase C. Capacity: 25 Kva D. Primary Voltage: 13.8kv/13.2kv E. Secondary Voltage: 460 V F. Frequency: 60 Hz G. Configuration: Same With The Existing Configuration H. Cooling: Oil-immersed, Self-cooled I. Winding Material: Copper J. Insulating Fluid: Mineral Oil (pcb-free) K. Temperature Rise: 65°c L. Copper Wires: Primary Hot Wires, High Voltage Bushing Connection, Low Voltage Bushing Connections M. Accessories: Complete With Surge Arrester, Fuse Cutout, Bracket, Supports, And Other Necessary Accessories. D. Installation, Testing, And Commissioning 1. Proceed With Installation: A. Install The New Transformers At The Designated Locations In Pnoc Industrial Park. B. Ensure Proper Mounting, Alignment, And Connection Of All Components. 2. Testing: A. Conduct Pre-commissioning Tests, Including But Not Limited To Insulation Resistance Tests, Turns Ratio Tests, And Polarity Checks. B. Perform Operational Tests To Ensure The Transformers Are Functioning Within Specified Parameters. 3. Commissioning: A. Energize The Transformers And Verify Their Performance Under Load Conditions. B. Provide A Commissioning Report, Including Test Results And Recommendations. E. Demobilization 1. Housekeeping: A. Clean And Restore The Work Site To Its Original Condition. B. Remove All Equipment, Tools, And Materials Used During The Project. 2. Final Reporting: A. Submit A Final Project Report, Including As-built Drawings, Test Results, And Warranty Documentation.
Closing Date3 Jun 2025
Tender AmountPHP 2.5 Million (USD 45.1 K)
DEPT OF THE ARMY USA Tender
Housekeeping Services...+1Textile, Apparel and Footwear
United States
Details: This Is A Sources Sought Notice Only.
the Mission And Installation Contracting Command (micc) – Fort Moore Is Issuing This Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For Laundry And Dry Cleaning (l&dc) Services.the Intention Is To Procure These Services On A Competitive Basis. A Firm Fixed-priced Indefinite Delivery/indefinite Quantity (id/iq) Contract Is Anticipated And Will Have A 5 Year Ordering Period, With Five12-month Task Orders.
requirement: The Fort Moore Department Of Public Works, Is Designated To Provide Contracted Laundry And Dry Cleaning (l&dc) Services In Accordance With (iaw) Army Regulation (ar) 210-130 To Launder And Press Fabrics, Textiles, Garments, Linens, And Specified Organizational Clothing And Individual Equipment (ocie) For Active And Reserve Components For Fort Moore, Georgia. The L&dc Program Provides The Laundry And Dry Cleaning Of Government Owned Items Iaw Environmental Occupational Safety And Health Administration (osha)/host Nation, And Other Applicable Regulations And Policies. This Process Includes: Drop-off, Pick-up, And Direct Exchange At Designated Locations. The Laundry Services Include Accountability, Wash, Dry, And Package Specified Items (blankets, Pillows, Sheets, Pillowcases, Mattress Covers, Bedspreads, Tablecloths, Cook And Medical Non-reimbursable Whites; Confinement Uniforms And Ocie) To Meet Organizational Health And Sanitation Requirements. Dry Cleaning Services Include Accountability And Cleaning, Packaging Of Items (flags; Bunting; Draperies; Ceremonial Uniforms; Funeral Detail Clothing; And Special Categories). Please Ensure To Read The Pws Entirely. *see Attachment 1 - Pws
place Of Performance
fort Moore, Georgia
muscogee & Chattachoochee Counties
based On The Responses To This Sources Sought, This Requirement May Be Set Aside For Small Businesses (in Full Or In Part) Or Procured Throught Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. All Interested Businesses (large And Small) Are Highly Encouraged To Respond To This Notice. In Addition, Small Businesses, In All Socioeconomic Categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-disabled Veteran-owned, Women-owned Small Business Concerns), Must Describe Their Identifying Capabilities In Meeting The Requirements At A Fair Market Price, I.e., Information Which May Help Support A Set-aside.telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Capability Submissions.
any Questions Must Be Submitted In Writing To The Contract Specialist Identified Below. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought.
eligibility
the Applicable Naics Code For This Requirement Is 812320, Drycleaning And Laundry Services (except Coin Operated) With A Small Business Size Standard Of $8.0 M. The Product Service Code Is S209, Housekeeping-laundry/drycleaning. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly And Identify Their Business Size In Their Capabilities Statement.
additional Information And Submission Details (capabilities Statement)
a Draft Performance Work Statement (pws) Is Attached For Review. (attachment 1)
interested Parties Are Requested To Submit A Capabilities Statement Of No More Than Ten (10) Pages In Length In Times New Roman Of No Less Than 11 Font Size. The Deadline For Response To This Request Is No Later Than 12 P.m., Est, 14 February 2025. All Responses Under This Sources Sought Notice Must Be E-mailed To Usarmy.moore.acc-micc.mbx.micc-proposals@army.mil At The Attention Of The Contract Specialist, Ms. Maleah Owen.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
in Response To This Sources Sought, Please Provide:
name Of The Firm, Point Of Contact, Phone Number, Email Address, Uie Number, Cage Code, Identify Business Size (large Business Or A Small Business), And If Applicable, A Statement Regarding Small Business Status (including Small Business Type(s)/certifications(s) Such As Sdb, 8(a), Hubzone, Sdvosb, Wosb, Etc.) And The Corresponding Naics Code.
information In Sufficient Detail Regarding Previous Experience (indicate Whether As A Prime Contractor Or Subcontractor) On Similar Requirements (include Size, Scope, Complexity, Timeframe, Government Or Commercial), Pertinent Certifications, Etc., That Will Facilitate Making A Capability Determination.
recommendations To Improve The Army's Approach/specifications/draftpws/prs To Acquiring The Identified Services.
disclaimer
“this Sources Sought Is For Informational Purposes Only. This Is Not A “request For Proposal (rfp) Or Request For Quote (rfq)” It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Notice Is Strictly Voluntary. Responses Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfp Or Rfq, If Any Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government-wide Point Of Entry (gpe). It Is The Responsibility Of Potential Offerors To Monitor The Gpe For Additional Information Pertaining To This Requirement.”
Closing Date14 Feb 2025
Tender AmountRefer Documents
3881-3890 of 3990 archived Tenders